Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2012 FBO #3798
SOURCES SOUGHT

A -- Support, research and development, and prototyping of an upgraded Standoff Suicide Bomber Detection System

Notice Date
4/16/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY12B0007
 
Response Due
4/23/2012
 
Archive Date
6/22/2012
 
Point of Contact
Shahaadah, 703-704-0833
 
E-Mail Address
ACC-APG - Washington
(shahaadah.c.nalls.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Command - APG (Belvoir Division) (ACC-APG (Belvoir)) on behalf of the US Army RDECOM CERDEC Night Vision and Electronic Sensors Directorate (NVESD)) is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. Responders to this Sources Sought/RFI are asked to provide their technical capability information (aka Statement of Capabilities) required to perform the requirements provided below. Statements should address the specific requirements of this notice and identify the vendors' specific capability to complete these requirements, including, but not limited to a description of corporate experience with similar projects and information on applicable industry certifications at the individual and organizational level as well as describing investments in quality/process improvement activities. The requirement is support, research and development, and prototyping of an upgraded Standoff Suicide Bomber Detection System (SSBDS). The SSBDS is a system-of-systems approach to detecting suicide bombers at standoff distances in certain controlled environments such as Entry Control Points (ECPs). The SSBDS system-of-systems includes visible, infrared and terahertz imagers as well as a millimeter wave radar with their native software and detection algorithms. The contractor shall perform the tasks of system integrator (SI) for the SSBDS. The SI shall perform program support and system upgrade task and, upon availability of funding, develop an Aided Target Recognition capability and/or produce five (5) complete SSBDS systems. The tasks need not necessarily be sequential. This work is primarily located at Fort Belvoir, VA. The acquisition may be set-aside for small business. The government is seeking additional information from small businesses to aid in the acquisition strategy for this requirement. Small Businesses interested in this opportunity may decide to partner/team with other businesses in order to meet the requirements of the acquisition. The North American Industry Classification Systems (NAICS) code is set as 541712 with a size standard of 500 employees. Responders should identify up to three relevant contracts and describe specific software engineering and/or systems engineering experience, knowledge, understanding, and expertise under NAICS code 541712 Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology). SECURITY: The contractor shall be required to have a Secret facility clearance with Secret safeguarding capability. The contractor shall require access to Foreign Government Information and For Official Use Only (FOUO) information. The contractor must be authorized to use the Defense Technical Information Center (DTIC). Contractor will be required to have automated information system (AIS) processing at their site. Administrative duties performed by the contractor will not require a clearance but will require an investigation for IT sensitive duties. Contractor personnel working on-site at NVESD (Ft. Belvoir, VA.) must obtain a security clearance of Secret (minimum). The Government has unlimited rights to the following: 1. The SSBDS Baseline Documentation Package 2. The SSBDS Aided Target Recognition (AiTR) Package The Government seeks companies with key competencies such as: Program Support and System Upgrade Program Support: Provide personnel and materials to support the Government in program planning and in developing and presenting SSBDS program reviews and presentations to other organizations. Provide personnel and material to support the Government in conducting SSBDS equipment demonstrations Field Support: The contractor shall provide for field support of the SSBDS during development and fielding. The contractor shall replenish a push package of spares for the two refurbished SSBDS. The contractor shall provide software and hardware maintenance, repair and insertion of product improvements, as required, to support government field testing. System Update: The SI shall provide all personnel, facilities and material necessary to review the components/major subsystems of the SSBDS, for obsolete components or legacy components that have reached the end of their supportable life and require updating or replacement. Review the major sensor subsystems for sustainability and obsolescence and recommend alternative solutions. Review the general body of components and software for update to improve or maintain sustainability and recommend alternative solutions as necessary. System Repair and Update: obtain the necessary materials and products to accomplish the repair or update of the alternative solution and proceed with the repair or update. Such repairs and/or updates shall include the necessary corresponding updates to the documentation of the SSBDS, whether that includes software documentation, hardware documentation, vendor documentation quick reference cards and/or manuals. Development of an Aided Target Recognition (AiTR) Capability The focus of this task is to build on the previous work in AiTR for SSBDS, to reduce operator time to process and improve the accuracy of the operator's decision in detecting persons carrying anomalous articles: i.e., provide better probability of detection (Pd) and probability of false alarm (Pfa). To accomplish this phased approach shall be followed with the following hierarchy of goals - a. Improve data presentation (Threshold) b. Improve / develop decision processing algorithms for each sensor (Threshold) c. Fused decision for multi-sensor system (Objective) Production of Five (5) Additional SSBDS Units The System Integrator shall provide all personnel, facilities and material necessary to produce five (5) additional SSBDS systems with all their attendant appurtenances, documentation, training packages, Field Support Representative (FSR) kits and training packages. The Government requests that interested offerors submit an electronic response of not more than twenty (20) pages, 8.5" x 11" paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responsible sources having relevant experience may submit their statement of interest and technical capabilities. They should also identify whether they are a Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, and/or a Native American Small Business under the proposed NAICS code 541712. Responses should also include the company name, CAGE code, point of contact, and address. All information received in response to this Sources Sought Synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. Provide answers to the following questions (No more than 3 pages)(Not included in the above 20 page limit). 1. If you identify your company as a Small Business or any of the SB subcategories then is your company interested in a prime contract? 2. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541712? 3. Does your company possess the capabilities to provide the entire range of services called for in the attached PWS? ______ YES _______ NO 4. If you answered YES to Question # 3, please provide specific capabilities and examples for how your company can provide these services. 5. If you answered NO to Question # 3, please list what services in the RFI your company can provide? Please provide specific capabilities and examples. 6. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 7. Does your company meet the Non-manufacturing Rule? If so How? 8. If you are a small business how do you select your partners and/or subcontractors? Responses are due no later than 23 April, 2012 10 am Eastern Time (ET). Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Submit responses electronically to Ms. Shahaadah Nalls, Contract Specialist at shahaadah.c.nalls.civ@mail.mil and Ms. Marilyn Shortle, Contracting Officer, at Marilyn.d.shortle.civ@mail.mil by no later than 10:00am Eastern Time on Monday, 23 April 2012. All requests for further information must be made in writing or via email; telephonic or facsimile requests for additional information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3fec727f716370fac451cb22feba167e)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02723158-W 20120418/120416235133-3fec727f716370fac451cb22feba167e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.